SOLICITATION NOTICE
R -- SLAM UUV Statistical Support
- Notice Date
- 4/18/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- 110 Vernon Avenue Panama City FL 32407
- ZIP Code
- 32407
- Solicitation Number
- N6133119QVT27
- Response Due
- 5/3/2019
- Archive Date
- 6/30/2019
- Point of Contact
- Vincent J. Tomasi, Contract Specialist, Phone 8502355067
- E-Mail Address
-
vincent.j.tomasi@navy.mil
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- 16 April 2019 MEMORANDUM Subj: SOLE SOURCE JUSTIFICATION FOR SIMULTANEOUS LOCALIZATION AND MAPPING TECHNIQUES FOR UNMANNED UNDERWATER VEHICLE NAVIGATION AND STATISTICAL MODELING AND INFERENCE OF SPATIAL POINT PROCESSES (Purchase Request 1300781846) 1. Identification of the agency and the contracting activity, and specific identification of the document as a "Sole Source Justification." This is a sole source justification. The Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue, Panama City, FL 32407-7001, (Contracts Department Code 02). 2. Nature and/or description of the action being approved. This action will award a Woman Owned Small Business (WOSB) sole source, firm fixed price purchase order to the Zhang, Wei Doing Business As (DBA) Tricircle Company, 5850 Lachateau Pl, Tucker, GA 30084 to acquire simultaneous localization and mapping techniques for unmanned underwater vehicle navigation and statistical modeling and inference of spatial point processes. 3. A description of the supplies or services required to meet the agency's needs This requirement is for basic research in Simultaneous Localization and Mapping (SLAM) techniques for Unmanned Underwater Vehicle (UUV) navigation and statistical modeling and inference of spatial point process techniques that impact signal and image processing in seawater. The Government's minimum needs have been verified by the certifying technical and requirements personnel. This acquisition will be conducted using simplified acquisition procedures with a total dollar value above micro-purchase levels, but not exceeding the simplified acquisition threshold of $250,000.00. This procurement is estimated at $114,000.00. All deliverables will be delivered 12 months after award of the order. The purchase action will be funded with FY 2019 Research, Development, Test and Evaluation (RDT&E) funds. 4. Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor's unique qualifications to provide the required supply or service. 10 U.S.C. 2304(c)(1), 10 U.S.C. 2304(d)(1)(B). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements FAR 6.302-1(a)(2)(iii)(B). The NSWC PCD Advanced Signal Processing & Automatic Target Recognition (ATR) Branch (Code X23) conducts theoretical and experimental research in the areas of signal and image processing and automatic target recognition to support NSWC PCD mission needs. This requirement is for basic research in Simultaneous Localization and Mapping (SLAM) techniques for Unmanned Underwater Vehicle (UUV) navigation and statistical modeling and inference of spatial point process techniques that impact signal and image processing in seawater. This requirement is unsuitable for full and open competition for the following reasons. TriCircle is a world leading expert recognized for robotics, signal and image processing, and Simultaneous Localization and Mapping (SLAM). They have researchers who have served as Associate Editors for several journals including the IEEE Transactions on Robotics and the IEEE Transactions on Systems, Man, and Cybernetics: Systems. In particular, they work on analysis, simulation, and control of human-robot systems, especially for the design of fault-tolerant systems and the control of teleoperation systems. They have extensive experience with synthetic aperture sonar (SAS) and change detection techniques applied to sonar image data. They have also worked on the motion control of man-rated centrifuges for training fighter pilots. Their expertise in robotics, signal processing and SLAM, and their involvement in many DoD funded projects uniquely qualify them to work on Part 1 of this project. TriCircle also has leading experts in statistical analysis and modeling of spatial temporal data. Specifically, they have developed techniques for space-time data analysis using autoregressive models and Gaussian models using a Monte Carlo algorithm. They also worked on prediction of long-term trends in ocean currents using conditional random fields derived from PDEs and roughness priors. Recently, their researchers developed inference techniques dealing with random permutations and record values using Marked Poisson Point process. They have also been involved in computation of clustering probabilities in random point patterns. TriCircle has already spent time and effort developing their sophisticated SLAM and statistical inference design methodology. It is not efficient for another contractor to expend the resources necessary to develop the expertise to reproduce these design methods. TriCircle is intimately familiar with the existing algorithm fusion in the NSWC PCD ATR architecture. This expertise allows efficient design and implementation of new algorithms and compatible software code that is ready for fusion and integration within the NSWC PCD system. TriCircle will only be extending basic research efforts in support of NSWC PCD application areas. They are the pioneers of this line of research, and lead this field of research. Therefore, TriCircle Company is the only known source capable of performing the tasking of this procurement. As such, the Government does not expect significant savings through competition and does expect significant and unacceptable delays that will negatively impact this requirement. Therefore, it is in the Government's best interest to award on a sole source basis to Tricircle Company. 5. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. 6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. This requirement is more than $25,000 and will be synopsized via posting on the Federal Business Opportunities (FEDBIZOPPS) website per FAR 5.2. No additional market research was conducted for the reasons stated in paragraph 4. 7. Any other facts supporting the justification. None. 8. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, Tricircle Company is the only source that can meet this requirement. SIGNATURES FOLLOW THIS PAGE STATEMENT OF WORK FOR SIMULTANEOUS LOCALIZATION AND MAPPING TECHNIQUES FOR UNMANNED UNDERWATER VEHICLE NAVIGATION AND STATISTICAL MODELING AND INFERENCE OF SPATIAL POINT PROCESSES NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/38af9f453601cbdce29f6a2f1c589677)
- Record
- SN05286527-F 20190420/190418230108 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |